Loading...
HomeMy WebLinkAboutOrvin Engineering Corp; 1985-06-03; 3006-3C7 ORVIN ENGINEERING CO- Bidder’s Name CITY OF CARLSBAD SAN DIEGO COUNTY CAL IFQRN IA il h 4 ! BIDDING DOCUEZNTS FOR PUBLIC SAFETY AND SERVICE CENTER CONTRACT NO. 3006 BID PACKAGE NO. 3 For information relative to this project contact: KOLL CONSTRUCTION COMPANY 7330 Engineer Road San Diego, CA 92111 Steve Mahoney, Project Manager (619) 292-5550 ‘1 / *, I> I L' c I T I20gELM'AVENUE (6 CARLSBAD, CA 92008-1989 Gitp of $arI$bab PURCHASING DEPARTMENT April 24, 1985 ADDENDUM NO. 1 PROJMIT: PUBLIC SAFETY AND SERVICE CENIER BID PACKAGE NO. 3 This addendum, receipt acknowledged, must be attached to propsal form when bid is submitted. cc &*Bk I acknowledge receipt of Addendun No. 1 to Bid Package No. 3. i' PC //' #% /{./? .A /\ r .,/,/,C:&;, .:; Bidder I s Smture 1 <I. ?A 1.- ,c . t ,' TABLE OF CONTENTS - Item / Paq NOTICE INVITING BIDS 1- PROPOSAL 5- BIDDER'S BOND TO ACCTIMPANY PROPOSAL 10 DESIGNATION OF SUBCONTRACTORS 11 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY 12 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE 13 CONTRACT 14 - LABOR AND MATERIALS BOND 18 - PERFORMANCE RON0 20 - GENERAL PROVISIONS 22 - CERTIFICATE OF COMPLIANCE 29 SPECIAL PROVISIONS/SPECIFICATIONS 30 - LIST OF CONTRACT DOCUMENTS 37 t ,. 1 I\ c 9 I ,- Page CITY OF CARLSBAD PUBLIC SAFETY AND SERVICE CENTER NOTICE INVITING BIDS The City of Carlsbad invites bids for performing the following work: Bid Package #3 - Elevators, Plunbing , Fire Sprinklers, H.V .A.C., Electrical, Service Station Equipment, Vehicle Wash, and Finish Hardwart 1. Sealed bids for performing the work shall. be received at the office of 1 Purchasing Agent, City Hall, 1200 Elm Avenue, Carlsbad, California, unt: 4:OO PM on the 2nd day of May, 1985 at which time they will be opened ai read aloud. 2. The work shall be performed in strict conformity with the specificatkw therefor as approved by the City Council of the City of Carlsbad on fih the Engineering Department. Reference is hereby made to said specifications for full particulars and description of the work. 3. The work, a portion of the total Public Safety and Service Center Projec involves complete sitework development of twenty-six (26) acres includii grading, underground utilities, and surface improvements, etc. A fully improved Police and Fire Administration Building, Vehicle Maintenance Facility, car wash and fuel island shall also be constructed as a part the Phase One construction program. Koll Construct ion Company will provide construct ion management services the City of Carlsbad and shall organize, monitor, coordinate and direct phases of the construction at the Public Safety and Service Center. 4. 5. Plans, specifications and bidding documents may be obtained at the Purchasing Department, City Hall, Carlsbad, California, after April 8, to licensed Contractors for a non-refundable fee as follows. Please ca ahead to reserve your documents, (619) 438-5601. Bid Package No Cost Complete Set, Specifications Included $50.00 Architectural (AC-1 thru A-60A) 20 .oo Equipment (EQ-1 and EQ-2) 1 .oo Structural (S-1 thru S-16) 10 .oo Mechanical (M-I thru M-9) 5.00 Plumbing (P-I thru P-8) 5.00 Electrical (E-I thru E-20) 10.00 Complete documents are available for review at the following loactions: Construction Plan Rooms Koll Construction Company, 7330 Engineer Road, San Diego, CA 9211' r 1. I $.c, I ? 1 ,* Page 6. 4 pre-bid conference will be held at April 23, 1985 at 2:OO PM to discus bidding requirements. If information is required regarding the bid package, drawings and/or specifications, the bidder SHALL NOT contact the City of Carlsbad nor th architect. All questions and requests for information shall he directed Koll Construction Company, (619) 292-5550, Steve Mahoney. No bid will be received unless it is made on the proposal form included with these bidding documents. certified check or bidder's bond made payable to the City of Carlsbad fo an amount equal to at least ten percent (10%) of the mount of bid; said guarantee to be forfeited should the bidder to whom the contract is mar fail to furnish the required bonds and to enter into a contract with the City within the period of time provided for by the bid documents. The bidders' security of the second and third lowest responsive bidders may withheld until the contract has been fully executed. The cash, cashier' check or certified checks submitted by all other unsuccessful bidders sh be returned to them within ten (IO) days after the receipt of bids, and their bidders' bond shall be of no further effect. 7. 8. Each bid must be accompanied by cash, 9. The documents included within the sealed bids which require completion ? execution are the following: 1. Proposal 2. Bidder's i3ond 3. Designation of Subcontractors 4. Bidder's Statement of Financial Responsibility 5. Ridder's Statement of Technical Ability and Experience The entire bid package shall be executed and submitted prior to the time for the bid opening. Said document shall be affixed with the appropriate notarized signatures and titles of the persons signing on behalf of the bidder. corporations, appropriately notarized signatures of the person authorize by the corporate by-laws are required and the corporate seal shall be affixed to all documents requiring signatures. partnership, the properly notarized signature of at least one general partner is required. No bid shall be accepted from a Contractor who has not been licensed in accordance with the provisions of Chapter 9, Division 3 of the Business Professions Code. The Contractor shall state his/her license number anc classification in the proposal. The City of Carlsbad reserves the right to reject any or all bids and tc waive any minor irregularity or informality in such bids. For In the case of a IO. I. I\ Y ,- Page : Sids shall not modify or contain any recapitulation of the work to be dol Alternate proposals will not be considered unless called for. No oral o telegraphic changes to the bidding documents will be considered. The amount of bond to be given for the faithful performance of the contra for said work shall be one hundred percent (100%) of the contract price therefor, and an additional bond in the amount equal to fifty percent (51 of the contract price for said work shall be given to secure the payment the claims for any material or supplies furnished for the performance of the work contracted to be done by the Contractor for any work or labor o any kind done thereon. within the bid package. Sureties shall be licensed and registered in th State of California and subject to approval by the City. Partial and final payments on this contract shall generally be in accordance with Section 9 of the 1979 edition of "Standard Specificatior For Public Works Construction", as herein modified. The Construction Manager will, after award of contract, establish a clo: date for the purpose of making monthly progress payment. Each month, the Construction Manager will make an approximate measureme- of the work performed to the closure date and as a basis for making mom payments, estimate its value based on the contract breakdown furnished the Contractor and approved by the Construction Manager. From each progress estimate, ten percent (10%) will be deducted and retained by the agency, and the remainder less the amount of all previo payments will be paid to the Contractor. work has been completed and if progress on and quality of the work is satisfactory as determined by the Construction Manager, the deduction t made from the remaining progress payments and from the final payment wi be limited to $500 or ten percent (10%) of the first half of the total contract amount, whichever is greater. Final payment for value of work completed under this contract, unless Notice of Leins or unpaid bills are on file with the City, shall be ma( thirty-five (35) calendar days after acceptance of the completed work. City Council approval and filing of a Notice of Completion shall const. said acceptance. Application for payments and dispersement of funds w. be made through the Construct ion Manager. The Contractor may, at his/her option, substitute securities, as speci' by Government Code Section 16340, for the retention held on this contr At the request and expense of the Contractor, securities equivalent to amount withheld may be deposited with the City or with a state or fede chartered bank as the escrow agent who shall pay such monies to the Contractor upon satisfactory completion of the contract. The Contract shall be the beneficial owner of any securities substituted for monies withheld and shall receive any interest on the monies. 11. 12. Bonds shall be prepared on the forms included 13. After fifty percent (50%) of * *. 1- c IT * Pane 1 14. The bid documents are intended to be comolementary so that any work call( for in one and not mentioned in the other, or vice versa, is to be execu the same as if mentioned in all said documents. The intention of the d0CrimentS is to include all labor, materials, equipment, transportation services necessary for the proper execution of the work. 15. If any person contemplating submitting a bid for the proposed contract i in doubt as to the true meaninq of any part of the plans, soecifications other eroposed contract documents, or finds discrepancies in, or omissi0 from the drawings or seecification, a request may be submitted to the person named on the title paqe of the contract documents for the interpretation or correction thereof. Any interpretation or correction the proposed documents will be made by addendum duly issued by the City, and a copy of such addendum will be mailed or delivered to each person receivinq a set of such documents. The City will not be responsible for any other explanation or interpretation of the proposed documents. 16. Any addenda issued by the City during time of bidding, or forming a part the documents delivered to the Bidder, shall be covered in the bid and shall be made a part of the Contract. Ridders are advised to verify thc issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgement of addenda may be cause for rejection of bid. 17. No person, firm or corporation shall be allowed to make or file or be interested in more than one (1) bid for the same work, unless alternate bids are called for. A person, firm or corporation submitting a subproposal to a bidder, or who has quoted prices on materials to a Rid is not thereby disqualified from submitting a subproposal or quoting pr to other bidders. ,, 18. Bidders are required to inform themselves fully of the conditions relat to construction and Labor under which the work will be or is now being performed, and so far as possible, the Contractor must employ such methc and means in carrying out the soecified work as will not cause any interruptions or interference with any other Contractor. The Contractor shall comply with the provisions of California Labor Cod Part 7, Chapter 1, commencing with Section 1720. 19. 20. The Contractor shall not pay less than the specified prevailing rates c wages established pursuant to Section 1773.2 of the California Labor Cc A copy of the current applicable wage rates is on file in the Office of Carlsbad City Clerk. Approved by the City Council of the City of Carlsbad, California, by Resolut No. '7763 , adopted on the dda day of flpg ff , 19&T KcGfr 5- / i!LGL 0- A @4& ALETHA L. RAUTENKRANZ, City Clerk8 &it> Date 9 + ', k <% Page CITY OF CAQLSRAD P\IRLIC SAFETY AND SERVICE ENTER CONTRACT NO. 3006 PSOPOSAL - City Council City of Carlsbad 1200 Elm Avenue Carlsbad, CA 92008 The undersigned declares heishe has carefully examined the location of the wc read the Notice Inviting Rids, examined the plans and specifications, and her proposes to furnish all labor, materials, equipment, transportation and servi required to do all the work to comolete Contract No. 3006 in accordance with the Plans and Specifications of the City of Carlsbad, and the special provisions, to wit: The followinq proposal form includes work associated with the sitework bid package f - 3 items 3c-lthrough - 1. 1. Proposals for the work shall include separate prices for each item of wc bid: Sid F3A, or Bid #35, etc. A proposal for work may include a bidde combination for any or all items of work, but must.also include bids for each separate item. Award on a combination bid will only be made if it the lowest of any possible combination of bids - and is lower than the tot bids of the Lowest responsible bidders on the particular items of work makinq up that combination bid. The City reserves the riqht to (a) awar separate contracts for each bid item, or each combination of bids, or (t make no award at all. Note: If not bidding on an item of work, the bidder shal'l state "no bid Proposals for the work in each bid package shall be complete per the pL specifications and contract documents. Items listed in the special provisions are for clarifcation only and shall not be considered as a complete list of all the required work. 2. 3. Quantities of materials and earthwork used on the plans are for permit purposes only. All bidding contractors are required to complete their t quantity take offs, and submit lump sum bids for all work unless specif. unit prices are requested within the special provisions. 4. Addendumb) No(&. 1 has/ksm been received and is/m included in this proposal. ,. ,* 1 +' <, Page t Bid Item 8 ELEVATORS 3A- 1 Complete elevator work for the hmp sum amount of NO BID -A- $ (Eased on two (2) holeless hydraulic elevators.) 3A-2 Complete elevator work for the lump sum amount of NO BID $ (Based on two (2) traditional hydraulic elevators. 4 3A-3 Additive cost to bid item 3A-2 for excavating holes through rock for the lump sum amount of NO BID $ - PLUMBING 38- 1 Complete plumbing work for the lump sum amount of - NO BID - $ 36-2 Deductive cost from bid item 36-1 for utilizing plastic pipe in lieu cast iron as specified for the lump sum amount of NO BID - $ FIRE SPRINKLERS 3C- 1 Complete fire sprinkler work for the lump sum amount of FORTY-NINE THOUSAND, THREE HUNDRED FIFTY -TWO AND N0/100 DOLLARS XXXXXXXXXXX $ 49,352.00 H.V.A.C. 3D- 1 Complete H.V.A.C. work for the lump sum amount of NO BID - $ ELECTRICAL 3E- 1 Complete electrical work for the lump sum amount of NO BID . >' F #;-/)J / /t": //S.s'r" 2 -d p-Lj \> { 5fl t .b I' .% Page 3E-2 Deductive cost from bid item 3E-I for concrete pole bases for the 1ur sum amount of NO BID L_ L_ .-T- SERVICE STATION EQUIPMENTd 3F- 1 Complete service station equipment work for the lump sum amount of NO BID $ L 3F-2 Additive cost to bid item 3F-1 to relocate existing owner equipment 1 new facility for the lump sum amount of NO BID - $ VEHICLE WASH 3G-I Complete vehicle wash work for the lump sum amount of NO BID I_ L* FINISH HARDWARE 3H- 1 Complete finish hardwre F.O.R. jobsite for the lump sum amount of NO BID . COMRINATION BID NO BID - 31-1 Combination Rid No's. - For the lump sum amount of . $ Note: Bidders must also bid these individual bid item number separate1 y . + I, ! t c- -, Page 8 5. All bids are to be computed on a lump sum basis with separated unit price when requested, as indicated in this proposal. In case of a discrepancy between words and figures, the words shall prevail. 6. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the undersigned in making up this bid. 7. The undersigned agrees that in case of default in executing the required contract with necessary bonds and insurance policies within twenty (20) days from the date of award of contract by City Council of the City of Carlsbad, the proceeds of check or bond accompanying this bid shall kcm the property of the City of Carlsbad. 8. Contractors shall be licensed in accordance with the Statutes of the Sta' of California providing for the registration of Contractors. 9. The undersigned bidder hereby represents as follows: a. That no Council Member, officer, agent or employee of the City 0' Carlsbad is personally interested, directly or indirectly, in th contract, or the comDensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents or employees, has induced him/her to enter into this contract, excepting only those contained in this form of contract and the papers made a part hereof by its terms; and b. That this bid is made without connection with any person, firm oi corporation making a bid for the same work, and is in all respecl fair and without collusion or fraud. IO. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with provisions of that code, and agrees to comply with such provisions beforl commencing the performance of the work of this contract. 11. The undersigned is aware of the provisions of the State of California La Code, Part 7, Chapter 1, Article 2 relative to the general prevailing ra of wages for each craft or type of worker needed to execute the contract and agrees to comply with its provisions. _- -- April , in the ) On this 30th day of before me, the undersigned, a Notary Public in and for said State, person; , personally (or proved to me on the basis of satisfactory evidence) to be the person who within instrument on behalf of the Corporation therein named, and acknowledg the Corporation executed it WITNESS my hand and official seal COUNTY OF ORANGE lss Jack Shaughnessy, President of Orvin Engineering Corporation c Yfzk-4 / WA$&&.L& Notary Public in and for said State _.__ - . - I - I ____ - - - - . - _______ -_ - __- I---- ~ ---- ________ ___- ______------~----I-- -- --__.---_ ~- -_-___- COUNTY OF ORANGE On this April , in the ) before me, the undersigned, a Notary Public in and for said State, person: Ruth M. Ralston, Corporate Secretary of , personally Orvin Engineering Corporation (or proved to me on the basis of satisfactory evidence) to be the person who within instrument on behalf of the Corporation therein named, and acknowledg the Corporation executed it WITNESS my hand and official seal 30th day of ACKNOWLEDGMENT-Corporation-Wolcotts Form 222CA X-Rev 5 82 01982 WOLCOTTS INC _-___ _-__ - - -- - - __ -- ------__- --- - -- I--~- ___1__---- _- -.. __ _-_--___I_ ___---- - - - -~-____I ---- - II__-- -------~ -.- I c ,- Page ! Accompanying this proposal is BOND in an amount of not less than ten percent (10%) of the total bid price. (Cash, Certified Check, Bond or Cashier's Check' ORVIN ENGINEERING CORPORATION 150751 C-16 - 95-1818633 Bidder's Name State License No. Employer I :D. Nc Post Office Box 2460 251 W. Imperial Highway Jack Shaughnessy, President _I Bidder's Address La Habra, CA. 90631 --- - (714) 87 1-4040 - Phone No. Date Name CORPORATION Q&2ri$-m* Type of Organization (Individual, Corporation, Partnership) Authorized S ig n atu r e List below names of President; Secretary; Treasurer; and Manager, if a corporation, and names of all partners, if a partnership: Jack Shaughnessy, President 7 Terry W. Peak, V.P.-Finance - :. c Ruth M. Ralston, Secretary e (NOTORIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL PRINCIPALS MUST BE ATTACHED) (CORPORATE SEAL) It u * l___l__ -_ ___-_ On this 30th day of April , in the y before me, the undersigned, a Notary Public in and for said State, persona Terry W. Peak, Vice President-Finance of Orvin Engineering Corporation , personally (or proved to me on the basis of satisfactory evidence) to be the person who within instrument on behalf of the Corporation therein named, and acknowledgc the Corporation executed it WITNESS my hand and official seal ATE OF CALIFORNIA COUNTY OF ORANGE Notary Public in and for said State ACKNOWLEDGMENT-Corporafion-Wolcotfs Form 222CA X-Rev 5-82 %1982 WOLCOTTS INC "-~_-~- - ___________I-~- __ _______ - ___ -- - - - - - -. - - ~ -_._ ___ ___ ) ss. State of California County of Orange ) On this 25thday of April , in the year1985 , before me, a Notary Public ix said Orange County, State of California, residing therein, duly commissioned < (x1 personally known to me personally appeared Margie Minium 0 proved to me on the basis of satisfactory to be the person whose name is subscribed to this instrument as the attorney in Indemnity Company of California and acknowledged to me that he/she subscribed 1 Indemnity Company of California thereto as principal, and his/her om name as i fact. WITNESS my hand and official seal. -iTzL?d+~& Notary's Signature Attorney in Fact - Ca .'* *,9 Page BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL PERSONS BY THESE PRESENTS: That we, ORVIN ENGINEERING CORPOMTIqN ~ , as Principal, 2 unto the City of Carlsbad, California, in the sum of amount bid., . . . . . . . . .. . . . Dollars ($ 1, lawful money the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly be these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS .SUCH: That if the proposal of the above-bounden principal for: INDEMNITY COMPANY OF CALIFORNIA c, as Surety, are held and firmly boL ten percent of total Spec. Contract No. 3006, Bid Package No. 3 Sprinkler System at the Police and Fire Administration Building, Carlsbad, Ca. in the City of Carlsbad, is accepted by the City Council of said City, and il including required bonds and insurance policies within twenty (20) days from date of award of contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the mount specified herein shall be forfeited to the said City. In the event any Principal above named executed this bond as an individual, from its obligations under this bond. a the above-bounden Principal shall duly enter into and execute a contract .P f is agreed that the death of any such Principal shall not exonerate the Suret! L I IN WITNESS WHEREOF, we hereunto set our hands and seals this 29th day t April 9 19,SS 4 INDEMNITY COMPANY OF CALIFORNIA ORVIN ENGINEERING CORPORATION 7 1 Title - Attorney-in-Fact Title -~resj~,,,- - pi- (Attach acknowledgement of Attorney in Fact) (Notarial acknowledgement of ----1_ execution by all PRINCIPALS and SURETY must be attached.) - (Corporate Seal if corporation) A I r # L a OM! z' - INDEMNITY COMPANY OF CALlFORPBi.4 Home Office 333 Wilshire Anaheim, California 92801 Q (714) 999-1471 9, *' BID BOND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, that Indemnity Company of California, does hereby make, constitute and appoint MARGIE MINIUM its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver for and on its behalf as surety, all bid bonds or undertakings exceed Fifth Thousand Dollars ($50,000) any one bid bond or bid undertaking if executed before June 30, 1985, and to bind INDEMNITY COMPANY OF CALIFORNIA thereby and all of the acts of said Attorney@-in-Fact, pursuant to these presents, ratified and confirmed This Power of Attorney is granted and is signed and sealed by fascimile under and by the authority of thc Resolution adopted by the Board of Directors of INDEMNITY COMPANY OF CALIFORNIA at a meeting duly called and held on the August, 1076 This power of Attorney does not cover the following Bank depository bonds mortgage deficiency bonds mortgage guarantee bonds guarantees 0' installment paper iote guarar bonds on financial institutions lease bonds insurance company qualifying bonds warehouse bonds, self-insurer's bonds fide bail bonds, wage law bonds and bonds of Ne Exeat or fiduciary bonds "RESOLVED that the Chairman of the Board, the President, any Vice President of the Company, be, and that each or any of the COMPANY OF CALIFORNIA, bonds undertakings and all contracts of suretyship and that any Secretary or any Assistant Secretary I each or any of them hereby is, authorized to attest the execution ofany such Power of Attorney, and to attach thereto the seal of the Con "FURTHER RESOLVED that the signature of such officers and the seal of the Company may be affixed to any such Power of At any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile I valid and bindiig upon the Company when so affixed and in the future with respect to any bond, undertaking or contract of suretyship t attached " NOTICE: 1 This Power void if altered or erased 2 Power of attorney should not be returned to Attorney-in-Fact out should remain a permnent pari of the obligees recoros A % authorized to execute Powers of Attorney qualifying the attorney named in the given Power of Attorney to execute in behalf of I 2 0 z 6 [1- E 1976 m INDEMNITY COMPANY OF CALIFORNIA a ATTEST G? In Witness Whereof, INDEMNITY COOPANY OF CALIFORNIA has caused its official seal to be hereunto affixed, and these pr signed by its President or by one of its Vice Presidents and attested by its Secretary or by one of its Assistant Secretaries this 16th Da 22 3 @E Ed-/ Paul E Griffin x ' Secretary *+P 1 yr Cp BY I? i \PV Q*, j. . c +xT 2 0 z COUNTY OF ORANGE ) t: - 3L. 5," - :- r IU 1 c IO 4 STATE OF CALIFORNIA 1 ) *I * On this 14th Day of June, 1984, personally came before me Jerome J Sweeney, President and Paul E Griffin Jr , Secretary, to be the individuals and officers of INDEMNITY COMPANY OF CALIFORNIA, who executed the above instrument and they each acki execution of the same, and being by me duly sworn, did severally depose and say that they are the said officers of the corporation a that the seal affixed to the above instrument is the seal of the corporation and that said corporate seal and their signatures as such duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation e m K 8 L a 2 a 3 ""-e-8"-? Notary Public Vickie Johnson mirnwP~~~niimHi~~i~un~n~~~iin~~~~~~~s~~~~~~t~~i STATE OF CALIFORNIA i 1 COUNTY OF ORANGE ) CERTl FlCATE I, the undersigned, assistant secretary of INDEMNITY COMPANY OF CALIFORNIA, DO HEREBY CERTIFY that the foregoinc Power of Attorney remains in full force and has not been revoked, and furthermore, that the provisions of the Resolutions of Committee of the Board of Directors set forth in the Power of Attorney, are now in force Signed and sealed In the City of Santa Ana, California, this 25th day Of April I 1985. *?bq' or LO P31) c - --a p" 4, 7 CT WARNING1 This is a copyrighted document Any unauthorized reproduction is prohibited THIS POWER IS VOID unless the 2 c qc, ," seals are readable text IS in brown ink signatures are in blue J, +, roR+'t4- Ink and warning is in red ink IBB-2 Rev 6-14-84 Bayani R Baloloy Ass15 c 'ocT 5,0 ; \ *I , Page DESIGNATION OF SUBCONTRACTORS The undersigned certifies heishe has used the subbids of the following listed Contractors in making UD hislher bid and that the subcontractors listed will used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with applicable provisions of the specifications. No changes may be made in these subcontractors except upon the prior approval the City Engineer or the City of Carlsbad. The following information is required for each subcontractor. Additional pages can be attached, if required : Work Company Name CONCRETE CORING CONCRETE CUTTING INTERNATIONAL - , - - .- -- __ __ ----- - ____ -__ - _I ________- ..__- STATE OF CALIFORNIA COUNTY OF ORANGE , in the ) On this 30th day of April before me, the undersigned, a Notary Public in and for said State, personi Jack Shaughnessy, President of Orvin Engineering Corporation , personally (or proved to me on the basis of satisfactory evidence) to be the person who within instrument on behalf of the Corporation therein named, and acknowledgl the Corporation executed it WITNESS my hand and official seal. Patsy J. Meredith NOTARY PUBLIC-CALI FORNiA PRlNCiPALOFFlCE IN ORANGE COUNTY ____ __ __ ___ __ -_ - ___ __ __ . ---- - ..--- I- --- -- 1-1 -1-1-11- __ .___ __-__ ~ ----_. - - --______--I----- l_*__ll_-_l_l_~- --------. i Page ' BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a notarized or sealed statement of his/her financial responsibility. statement . Either a current audited income tax or Drofit/loss SEE ATTACHED - . / 1 \ (Notarize or Corporate Seal) ., f] R '$ :I: p! E: Iy [i. :I: 1'1 /::E: 12, :J: Pi (:; [::[:I F; f c I r i c: TJ i~r E: s 'I' A -r I.:: pi E: 1'1 T F- {i i::: 'j' 1-] j_ -[ &I E!: L '$ if: M Lip1 l- 1-1 5.' 1: 1'1 E>[:: r) 5 2: j' 3 j /' $3 4. A PI Q .f 2 ;' LT i ./ 51 15 SAP1 n:r E:Kf! [: i.j j.2 F: E: pi 'j- F:'R I I? F I t.i-1~ Ti? 1 .,..I-. * I-. 7, I". ,-. 1- ;.x 7'. r-. I-. \i i-: n ;-< -r r- l-. I. -T. r- I 1.1 1.J c. c; c 1-1 .P c. I"', I? I-1 I t:. __.._I. .I._. .I. -.- .... .-. ..- .". .... .I. I. -.-.--.-....-.-.- "I.-.-.---. -..I-.--- ..".."_ SALES - THADE <! C. :: .-, ;' , f! 'j 7 21346, 746 j 777, 312 - I i'47'tr: E ct [:I , 0 0 c ._._..I. .-..---- .._..-. - -.. - -. .- .-. .- T UTA(-. S A I-.!: S 227 , $!jSi 7 1082 3343 , ;?A:&, 1 g(jx $777 I 25c COST OF' SAL..EC -.-.--.-I - .- I I" - --- fiatel- i a I 82, .q;.:i2 36 .J d 7 , 8 0 R 24 48G IO62 84 , 03;; Labcjr-Eny i rte~v i ng 79 , y43 \f Labur-1: i e I d 465, f3!5? 22 509,561 3 'j > CS7G t ab 01- -.X h ci 1:) 67 , yjp 3 I.. ah 01- Pt.1 Y' rJ ei'l , a p p t c1 j :;,943 b 147 ,, 282 7 4 60 , 33.; 2..284 0 3, 4QS / $15 ~ 5f?F Q V e Y' ( IJ. Yl Ci 13 I' 1 i') IJ I" d (3 Y'I s u 13 - c {::I 13 .t .<' ;3 f.. .t: 5 /' (9 i 5 c:: L l2- * -- -. - 1 .r3yq 0 h .I A:: > 4 Y 3 j 43 , .? I 5 ._. ........ ..- -.. .... - ..- -.. -. .-. -.. .- .-. ._. -. .-.-.. I_ .... - -. .." I._ ..-.-.. "._._I._. I t3C.j : 777 74' f 4'1 3, 515'; t.9 j 347 I 1153 -. I c! t: 2i I c: a !5 "r: ('I .I.' s a I e 5;. -. .................... -.-..- --.- -.I.-,- -.- -..- -- ___..I - -. -. _.. -. -.- - - ;.? ' ,:; .... , I?, .& I... Lj 2 Q 63$!735 - .> (3 430 IO?%. 4 E!7, 29::: L{. Cjs IT::: 0 LK: , $ 37 3 2'1 ., <3:2<j I .-> r:. i'i (5 I I c. t p ['i 4 2Q , yy;.: .I 85 , €lo!; -7 20$ ,A$( I? c I- F.: n q i y, p e y i y; i:: p X I::: n A (:I iq i 1.1 b S e 1 1 j 1-1 9 ?:< -.. .- ......................... _"^.._. _.- .-.- "_." .-....-. -.- .... -.-.-I- ....--. I.I .... 29&.,55C ..v ..., T CI t it I C Q YI $1:. i.. I. ., rS ,, I4 A .. ... .. .a. I * 'r :I 4 .'i y , i,Ei3 f <is pi et I) p e I- i;~ .i_: i y j 2:;; f:* f -!; .. i 2 ~ ..; 4 7 C' .... 2.75, 'r 3 j 34 j 33, 5.3; O'THEiF;;' 1: ['\i;nf/jE: { E:Y.F' ) 1-1- --.- -.- - - .-. -.. .- .-. .- .-- .... 0 t i-i el" I: i'i 1: !:?VI e I</ 0 !<I 6 c ; ~t:fj <.i i- <:? X 12 ,. 8 ,?- ,.J ".j 0 ( _ ............... - ............. -.- .... -._._.._._ .....-......... _-._ _._._._.-.._--- 1qet. pyof i i: < i tZJC.5. j be.r'c1i-e tax 5 .... -. I4 .! 33,54; ? '3 1:; , j .i .; -- Fruv i 5, i c31-1 Cor- tax 5; , (3 7) ;3 2 'I 'I c; , Q21 .q J -. 53,4 j 7 ---I.--- - ---.--."..-- -. rii3t I ricicrre ( I... oss 1 /.' , I:, x,: : 3 3 I'i E?$ , ^i :?: --. STATE OF CALIFORNIA COUNTY OF ORANGE day of April , in the 1 On this 30th before me, the undersigned, a Notary Public in and for said State, person; Jack Shauyhnessy, President of (or proved to me on the basis of satisfactory evidence) to be the person who within instrument on behalf of the Corporation therein named, and acknowledg the Corporation executed it WITNESS my hand and official seal - -__I_ - - __ __l"l_l__ ____ - __ - .- __ __ ___- __ - - ___.-__ __---I__-___I_- -- ---------- __ -I I --- - - ma2 WOLCOTTS. INC ~_-- -- ‘x . Page BIDDER’S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE The Bidder is required to state what work of a similar character to that included in the proposed contract he/she has successfully performed and qive references, with telephone numbers, which will enable the City to judge his/hl responsibility, experience and skill. An attachment can be used if notarized sealed. SEE ATTACHED Date Name and Phone No. Contract Name and address of Person Amount Completed of the Employer to- Contact Type of Work Contrac I I 1 I 1 I I 1 I I I I I I I I I I I I I I I .I I I I I I I I I I I I I I I I 1 I I A I I I I I I I I I I I I I I I 1 I J I I I I I I I I I I I I I 1 I I I----+--’ 1’ I (Notarize or Corporate Seal 1 , A A fire can cripple your ern United States, malung it business. A fire can put the largest independent fire you OUT of business. Orvin protection company in the Fire Protection Company is West, with annual sales run- dedicated to the philosophy ning in excess of 18 million that fire is a controLlable haz- dollars. ard. Fire protection systems Orvin’s success is a have proven to be the only direct result of the company’s effective method of stopping tradtion of keeping on top of fires when they first start, or of current trends in fire protec- controlling their spread. And tion, and maintaining a re- Orvin is the proven leader in putation for innovative ideas the field of fire protection. in industrial fire suppres- Established in 1954 by sion systems. Orvin Hansen, Orvin was Each type of business is acquired by Shaughnessy susceptible to a different type Engineering in 1966. Origi- of fire threat; each has its nally consisting of the main unique fire protection needs. office in La Habra with ten Drawing on its years of expe- employees, Orvin now rience combined with today‘s employs more than 200 peo- high technology, Orvin is ple in seven branch offices, able to anticipate and meet located throughout the west- those needs. ~ i , t Orvin, experience basis, and no job is too small A counts. Each member of or too large for consideration. management has learned the Each job is handled individu- business "from the ground ally, with a system designed to up ," and remains totally meet the fire protection needs involved in all aspects of the of your bdhg at the lowest daily operation. By consist- construction cost. Since all ently concentratmg on hver- work is done in-house, with sity in bidding all types of fire design engineers, installers, protection work, Orvin has and estimators working acquired vast experience and an excellent reputation for mum coverage expertise and perform- at minimum cost is determined ance. Systems installed by Orvin include auto- matic wet systems, dry pipe, water deluge, foam/water deluge, Halon, and CO,. Most of Om's contracts are secured on a design-and-bid rvin is currently licensed contract is secured, Orvin is in five states: California, able to oversee any project Nevada, New Mexico, Ari- from beginning to end-from zona, and Hawaii. Three the planning and design Orvin offices-La Habra and stages through the fabrication Santa Clara in California, and installation of the system. and Phoenix, Arizona-are After installation, mainte- equipped with full plant facil- nance crews are also available ities. In addition, Sales/ to ensure that your system is Engineering offices have been functioning properly at all established in Las Vegas, times. At Orvin, service is the Nevada; and San Diego and keynote. Ventura, California. After a Chart House Restau Rowing Club (Histo gnetics-Sunnyvale, < Fluor Corporation fate Savings-Glend City of Brea Government and Cult Center-Brea, California Sheraton Ne wport--N California Heritage Square-Phoenix, Arizona Plaza, San Francisco, California Arizona leader in fire protection systems Tuscon Mall-Tuscon, Arizona Nevada ’.. GTE Corporation-Phoenix, Arizona Garden State Paper: Bulk Paper Storage Facdity-Pomona, California nce a system has been installed, it must be maintained. Here again, Orvin provides the service. Maintenance crews on 24- hour call, stationed in seven locations throughout the west- ern United States, are avail- able for periodic system inspections, preventive main- tenance, and emergency repairs. Being a leader in the fire protection industry means always staying ahead in expe- rience and education. For thx reason, Orvin stresses in- ensures house training of its engmeers for constant updating in mod- and comfortable with new ern methods of fire protec- techniques. As new systems tion. Technological advances are introduced and old sytems make this a rapidly changing refined, Orvin will continue to industry. Orvin keeps pace be in the forefront. and of the new technology is current standards. Again, use of computers in fire Orvin has become the leader protection planning. Orvin is in speciahzing in upgrading fully computerized in all de- outdated systems at the lowest partments-from engineer- cost to the customer. ing through administration. For 28 years Orvin has The use of computers in deter- prided itself on its phdosophy mining the hydraulic calcula- of growth, experience and tions for each type of fire dedication to the fire protec- protection system ensures the tion needs of its customers. accuracy and efficiency of the final design. techniques have also made some existing systems outdated. Stricter fire codes and local government regulations, plus higher insurance premiums make it essential that these systems be brought up to the Advanced jObSMmM Music Center Los Angeles, Calif. Century City Square Los Angeles, Calif. Sports Arena Los Angeles, Calif. The Forum Los Angeles, Calif. Crocker Center-Hi Rise Los Angeles, CaM. 400 South Hope-Hi Rise Los Angeles, Calif. Broadway Department Store Los Angeles, Calif. Big 5 Warehouse Los Angeles, Calif. Continental Airlines Los Angeles, Calif. Aerospace Corporation El Segundo, Calif. California 595 Market Street-Hi Rise San Francisco, Calif. One Market Plaza-Hi Rise San Francisco, Calif. 505 Sansomme St.-Hi Rise San Francisco, Calif. United Airlines San Francisco, Calif. McDonnell Douglas Long Beach, Calif. Hewlett Packard Santa Rosa, Calif. Hewlett Packard Palo Alto, Calif. Jordan Winery Healdsburg, Calif. IBM Corporation San Jose, Calif. Fairchild Semiconductor San Jose, Calif. Amdahl Corporation Sunnyvale, Calif. National Semiconductor Sunnyvale, Calif. Signetics Sunnyvale, Calif. St. Francis Hospital Santa Barbara, Calif. Ventura Coastal (Citrus Proc. Plant) Ventura, Calif. Plaza Bonita Shoppmg Mall National City, Calif. Northern Telecom San Diego, Calif. Rockwell Facility Palmdale, Calif. Navajo Skill Center Crownpoint, New Mexico Tonopah Test Site (U.S. Gov't) Nevada Frontier Hotel Las Vegas, Nevada Union Plaza Las Vegas, Nevada Aladdin Hotel Las Vegas, Nevada St. Joseph Hospital Phoenix, Ariz. Good Samaritan Hospital Phoenix, Ariz. Southwest Financial Center Phoenix, Ark. Phoeyx, -. Arizona Phoenix Municipal Building Phoenix, Ariz. A.S.U. Science Building Phoenix, Ariz. Tuscon Shopping Mall Tuscon, Ariz. Eagar Sawmill Project Eagar, Ariz. Crocker Towers-Los Angeles, Wells Fargo Data Center E1 Monte, Ca1if. -Phoenix, Arlzon Facility-Long Beach, California Intel Corporation Santa Clara, Calif- Los Angeles, Cali, -Los Angeles, Caldornla 'L Orvin Engineering Corporation Chairman of the Board Bob Shaughnessy President and Chief Executive Officer Jack Shaughnessy Vice President, Fmance Fred Gibson Secretary/Treasurer Ruth Ralston Vice President, Purchasing & Fabrication Olie Ehngson PO. Box 2460, La Habra, Calif. 90632 (114) 811-4040, (213) 691-0884 Lou Post, Vice President and Manager 8145 W. Harrison, Phoenix, Ariz. 85043 Drawer H, Tolleson, Ariz. 85353 Phil Brown, Vice President and Manager (602) 936-3315 3340 Wynn Rd., Suite A, Las Vegas, Nev. 89102 Richard Limon, Manager (702) 873-4144 4077 Pestana Court Fremont,Calif. 94538 Jim McGregor, Vice President Tom Smallen, Manager (408) 732-2192 3319 Telegraph Rd., Ventura, Calif. 93003 PO. Box 3015, Ventura, Calif. 93003 Monte Packard, Manager (805) 642-5883 8280 Clairemont Mesa Blvd , Suite 120, San Diego, Calif. 92l.U Tom O'Neill, Manager (619) 565-2001 J . ,. Page CONTRACT THIS AGREEMENT, made and entered into this & day of \Ty. de ? 19& by and between the City of Carlshad, California, a municipal corporation (hereinafter called "City"), and Orvin Engineering Cop. (hereinafter called "Contractor".r City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the contract document s for : Contract No. 3006-3C - Fire Sprinklers, Public Safety and Service Centex (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment and personnel to perform the work specified the contract documents . 3. Contract Documents. The contract documents consist of this contract; th bid documents, including the notice to bidders, instructions to bidders contractors proposal; the plans and specifications and all proper amendments and changes made thereto in accordance with this contract or plans and specifications; and the bonds for the project; all of which ar incorporated herein by this reference. 4. Payment. As full compensation for Contractors performance of work under this contract, City shall make payment to Contractor per the terms outli in the Notice Inviting Bids, Item 13. Contract amount Forty-Nine Thousz Three Hundred Fifty---n- and OO/lOO Payment of undisputed contract amounts shall be contingent upon Contract furnishing City with a release of all claims against City amd Constructi Manager arising by virtue of this contract as it relates to those amount Extra compensation equal to 50 percent of the net savings may be paid to Contractor for cost reduction changes in the plans or specifications mad pursuant to a proposal by Contractor. The net savings shall be determin by City. No payment shall be made unless the change is approved by the City. investigation of the jobsite, the soil conditions under the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The contract price includes payment for all work that may be done by Contractor in order to overcome unanticipated underground conditions. Contractor by City about underground conditions or other job conditions for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied will all job Conditions 'nclyd'n nder round conditions and has not relied on informatioh Purniskei gy ci%y. $49,352.00 5. Independent Investiqation. Contractor has made an independent Any information that may have been furnished to I I >J Page 6. Contractor Responsible for Unforeseen Conditions. Contractor shall be responsible for all loss or damage arising out of the nature of the work from the action of the elements or from any unforeseen difficulties whic may arise or be encountered in the prosecution of the work until its acceptance by the City. Contractor shall also be responsible for expens incurred in the suspension or discontinuance of the work. However, contractor shall not be responsible for reasonable delays in the cmplet of the work caused by acts of God, stormy weather, extra work, or matter which the specifications expressly stipulate will be borne by City. 7. Change Orders. City may, without affecting the validity of this contrac order changes, modifications, deletions and extra work by issuance of written change orders. Contractor shall make no change in the work with the issuance of a written change order, and Contractor shall not be entitled to compensation for any extra work performed unless the City ha issued a written change order designating in advance the amount of additional compensation to be paid for the work. If a change order dele any work the contract price shall be reduced by a fair and reasonable amount. If the parties are unable to agree on the amount of reduction t work shall nevertheless proceed and the amount shall be determined by arbitration or litigation. The only nerson authorized to order changes extra work is the City Engineer. However, no change or extra work order excess of $5,000.00 shall be effective unless approved by the City Counci 1. 8. Prevailing Wqge. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per die wages for each craft or type of worker needed to execute the contract an schedule containing such information is in the City Clerk's office and i incorporated by reference herein. Pursuant to Labor Code Section 1774 contractor shall pay prevailing waqes. Contractor shall post copies of applicable prevailing wages on the job site. 9. Indemnity. Contractor shall indemnify, hold harmless and defend the Construction Manager and the City and its officers and employees, and ea of them, from any and all liability or loss resulting from any suit, cla or other action brouqht against the City, or for any other losses of whatever nature, directly or indirectly arising from the acts of Contrac or its officers, employees or agents done in the construction of this project or in the performance of this contract regardless of responsibil for negligence. The expenses of defense include all costs and expenses, including attorneys fees, of litigation, arbitration or other dispute resolution method. Nothing in this paragraph shall require contractor t indemnify City for losses caused by the active negligence of City. IO. Contractor shall provide Certificates of Insurance evidencing coverage i amounts not less than the following: .. ,- Page I Coverage Combined Single Limit General Liability 5OO,OOO Products /Com ple t ed 0 per at ions 500,000 Blanket Contract ur a1 500,000 Contractor's Protective 500,000 Personal Injury 500,000 Excess Liability 500,000 Other Automo bi le L i ab i 1 i ty $ 500,aoo Contractor may be required to increase the limits of liability insurance the size and nature of the project require excess coverage. Contractor shall cause the City and Construction Manager to be named as < additional insured on all policies concerning the subject matter or performance of this contract. 11. Workers Compensation, Contractor shall comply with the requirements of Section 3700 of the California Labor Code. Contractor shall also assume the defense and indemnify and save harmless the City and Construction Manager and its officers and employees from all claims, loss, damage, injury and liability of every kind, nature and description brought by ani person employed or used by Contractor to perform any work under this contact regardless of responsibility for negligence. 12. Proof of Insurance. Contractor shall submit to the City throuqh the Construction Manager, certification of the policies mentioned in Paragral 10 and 11 or proof of workers' comoensation self insurance prior to the start of any work pursuant to this contract. Certificates of insurance shall provide that the insurance will not be cancelled until the expirat of at least thirty (30) days after written notice of such cancellation h been given to the City. Arbitration. out of or relating to this contract or the breach thereof may, at the option of City, be settled by arbitration in accordance with the construction industry rules of the American Arbitration Association and judgment upon the award rendered by the arbitrator(s) may be entered in California court having jurisdiction thereof. The award of the arbitrator(s) shall be supported by law and substantial evidence as provided by the California Code of Civil Procedure, Section 1296. 14. Maintenance of Records. Contractor shall maintain and make available to the City, upon request, records in accordance with Sections 1776 and 181 of Part 7, Chapter 1, Article 2 of the California Labor Code. Contractor does not maintain the records at Contractor's principal place business as specified above, Contractor shall so inform the City by certified letter accomoanying the return of this contract. Contractor shall notify the City by certified mail of any change of address of such records. 13. Any controversy or claim in any amount up to $100,000 aris If the __I____ --_ -- _____I_-- ___-I__ __ _- -l___l _I-----_ __ -J 24th day of May , in the On this before me, the undersigned, a Notary Public in and for said State, persor Iss STATE OF CALIFORNIA COUNTY OF Orange Jack Shauqhnessy, President of Orvin Engineering Corporation , personally (or proved to me on the basis of satisfactory evidence) to be the persons whc within instrument as President and Secretary, respectively, of the Corporation t and acknowledged to me that the Corporation executed it pursuant to its by-la1 tion of its board of directors WITNESS my hand and official seal and Ruth Fi. Ralston, ACKNOWLEDGMENT-Gorp -Pres & Sec -WoIcotts Form 222CA-Rev 5 82 _I__- I-- --- - " -_ _-___-- _-I___ , 01982 WOLCOTTS ING ___~- I .< *> Page 15. Labor Code Provisions: The orovisions of Part 7, Chapter 1 commencing H section 1720 of the California Labor Code are incorporated herein by reference. 16. Securit . Pursuant to the requirements of law (Government Code Section dpropriate securities may be substituted for any monies withheld City to secure performance of this contract or any obligation establishe by this contract. 17. Additional Provisions. Any additional provisions of this agreement are forth in the "General Provisions" or "Special Provisons" attached hereto and made a part hereof. h' s (Not ari a1 acknowledgement of execution by ALL PRINCIPALS must be attached.) L: &%XI \r&+/.-- 7itle 1I u f Contractor's Principal' Place of Busine CITY OF CARLSRAD, CAL FORNIA BY "? dL . Mayor ATTEST: - m6? City Clerk Contractor's Certification of Awareness of Workers Compensation Responsibilit "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers compensation or to undertake self-insurance in accordance with the provisions of that code, and will comply with such provisions befor of this contract." * .. 1 Page LABOR AND MATERIAL BOND Bond NO. 911111~ Premium: Included in Pe Bond. KNOW ALL PERSONS BY THESE PRESENTS: WEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. ,8015 adopted May 14, 1985 . , has awarded , hereinafter designe as the "Principal", a contract for: Orvin Engineering mrp. Contract No. 3006-X - Fire Sprinklers, Public Safety and Service Cente in the City of Carlsbad, in strict conformity with the drawings and specifications and other contract documents now on file in the Office of the City Clerk of the City of Carlsbad. WHEREAS, said Principal has executed or is about to execute said contract am the terms thereof require the furnishing of a bond with said contract, provic that if said Principal or any of histher or its subcontractors shall fail to for any materials, provisions, provender or other supplies or teams used in, upon for or about the performance of the work agreed to be done, or for any r or labor done thereon of any kind, the Surety on this bond will pay the same the extent hereinafter set forth. NOW, THEREFORE, NE, as Principal, hereinafter designated as the "Contractor", and INDEMNITY C,OMPANY OF CALIFORNIA as Surety, are held and firmly bound unto the City of Carlsbad, in the sum 01 Twenty Four Thousand Six Hundred Seventy Six and 00/bllars ($ 24,676.00 said sum being equal to 50 percent (50%) of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successor:! and assigns; for which payment, well and truly to be made, we bind ourselves our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE COHDITICIq & THIS OBLIGATION IS SUCH that if person or his/her . subcontractors fail to pay for any materials, provisions, provender or other supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, o for amounts due under the Unemployment Insurance Code with respect to such WI or labor, that the Surety or Sureties will pay for the same, in an amount no' exceeding the sum specified in the bond, and also, in case suit is brought u the bond, a reasonable attorney's fee, to be fixed by the court, as required the provisions of Section 4202 of the Government Code of the State of C a1 if or ni a. ORVIN ENGINEERING CORPORATION - . 21 - personally/mwn to me (ou’proved to me on the basis of satisfactory W evldence) to be the persoywho executed the within instrument as Attorney a m-Fact on behalf of Indemnity Company of California, the corporation *. cl /- in ICC 304 (REV. 2/85) - v-ac This area for qfficial Notarial Seal Page PERFPRMANCE BOND Bond No. 911111P- Premium: $740.00 KNOW ALL PERSONS FJY THESE PRESENTS: WHEREAS, the Cit Resolution No. go15 adopted May 14, 1985 , has awardec win Enqineering mrp. , hereinafter desffgni as the "Principal", a contract for: Contract No. 3006-3C - Fire Sprinklers, Public Safety and Service Center Council of the City of Carlsbad, State of California, by in the City of Carlsbad, in strict conformity with the drawings and specifications and other contract documents now on file in the Office of the City Clerk of the City of Carlsbad. ' WHEREAS, said Principal has executed or is about to execute said contract ant the terms thereof require the furnishing of a bond for the faithful perQomar of said contract; NOW, THEREFORE, E, ORV,IN ENGINEERING CORPORATION 5 as Principal, hereinhf ter designated as the "Contractor", and INDEMNITY COMPANY OF CALIFORNIA as Surety, are held and firmly bound unto the City of Carlsbad, in the sum 01 Forty Nine Thousand Three Hundred Fifty Two and 00/ Dollars ($49,352.00 said sum being equal to 100 percent (100%) of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successor: and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contract01 his/her or its heirs, executors, administrators, successors or assigns, shal. all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the said contract and any alteratior thereof made as-therein provided on his/her or their part, to be kept and performed at the time and in the manner therein specified, and in all respec1 according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers and agents, as therein stipulate then this obligation shall become null and void; otherwise it shall remain ii full force and virtue. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contrac ' or to the work to be oerformed thereunder or the specifications accompanying same shall affect its obligations on this bond, and it does hereby waive not of any change, extension of time, alterations or addition to the terms of thl contractor or to the work or to the specifications. * .- Page In the event that any Contractor above named executed this bond as an * individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Contractor , 19 85 . I Surety above named on the 21st day of May ORVIN ENGINEERIIJG CORPORATION + (Notarize or Corporate Seal for Each Signer) Contract or INDEMNITY COMPANY OF CALIFORNIA -* ^1_ By: e=t------ David C e Banf er, Attornsy-in- -- Surety CORPORATION , before me, the undersigned, a Notary Publlc in and for said State, w A E a personally knpwn to me (or pr,ovFd to me on the bass of satlsfactory mtmce) to be the person who e,mted the wlthln Instrument as Attorney /--- 1. >--&$$=<>:<e? \zaJs*3 (jiF!CiAL. SEAL This area for ofjicial Notarial Seal - ICC 304 (REV 2/85) INUtMNI B V B;WI\WPF&NII Wk LAklPWHNBW 3: Home Office: 333 Wilshire Anaheim, California 92801 e (714) 999-1471 POWER OF ATTORNEY , _.. -0 KNOW ALL MEN BY THESE PRESENTS, that Indemnity Company of California, does hereby make, constitute and appoint its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver for and on its behalf as surety, all bonds or undertakings if exec June 30,1985; and to bind INDEMNITY COMPANY OF CALIFORNIA thereby and all of the acts of said Attorney(s)-in-Fact, pursuant to these present2 ratified and confirmed. This Power of Attorney is granted and is signed by fascimile under and by the authority of the following Resolui by the Board of Directors of INDEMNITY COMPANY OF CALIFORNIA at a meeting duly called and held on the 16th day of August, 197 This power of Attorney does not cover the following: DAVID C. BANFER Bank depository bonds, mortgage deficiency bonds, mortgage guarantee bonds, guarantees of installment paper, note guara bonds on financial institutions, lease bonds, insurance company qualifying bonds, warei-ouse bonds, self-insurer's bonds, fid bail bonds, wage law bonds, and bonds of Ne Exeat or fiduciary bonds. "RESOLVED, that the Chairman of the Board, the President, any Vice President of the Company, be, and that each or any of thc authorized to execute Powers of Attorney qualifying the attorney named in the given Power of Attorney to execute in behalf of COMPANY OF CALIFORNIA, bonds, undertakings and all contracts of suretyship; and that any Secretary or any Assistant Secretary each or any of them hereby is, authorized to attest the execution of any such Power of Attorney, and to attach thereto the seal of the Coi "FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of A any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures shall binding upon the Company when so affixed and in the future with respect to any bond, undertaking or contract of suretyship tc attached ." HOBBCE: 1. This Power void unless corporate seal perforates power next to signatures. 2. This Power void if altered or erased. 3. Power of attorney should not be returned to Attorney-in-Fact. but should remain a permanent pari of the obligee's records. In Witness Whereof, INDEMNITY COMPANY OF CALIFORNIA has caused its official sea: to be hereunto affixed, and these pr signed by its President or by one of its Vice Presidents and attested by its Secretary or by one of its Assistant Secretaries this 16th Da 1976. INDEMNITY COMPANY OF CALIFORNIA ATTEST: -AJ---- BY a* Jero e .Sweeney .. STATE OF CALIFORNIA ) ) COUNTY OF ORANGE ) On this 14th Day of June, 1984, personally came before me, Jerome J. Sweeney, President, and Paul E. Griffin Jr., Secretary. to be the individuals and officers of INDEMNITY COMPANY OF CALIFORNIA, who execc;ted the above instrument, and they each ackr execution of the same, and being by me duly sworn, did severally depose and say: that they are the said officers of the corporation a that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation. I-- I II VlCKlE OrnCrkL JOHNSON SEAL L~A~~ MTARY PUBLIC-CALIFORNIA ORANGE COUNTY Notary Public Vickie Johnson. f Commission Expires Nov. 22,1985 a 1 ~IIRUMUll8ll~HIIIIIU~~B~~~1~~8~C~~B~U~€~~Y~~ STATE OF CALIFORNIA ) 1 COUNTY OF ORANGE ) CERTIFICATE I, the undersigned, assistant secretary of INDEMNITY COMPANY OF CALIFORNIA, DO HEREBY CERTIFY that the foregoing Power of Attorney remains in full force and has not been revoked; and furthermore, that the provisions of the Resolutions of t Committee of the Board of Directors set forth in the Power of Attorney, are now in force. 85 Signed and sealed in the City of Santa Ana, California, this 22nd day of p.laY 319 \ +,mJL WARNING! This is a copyrighted document. Any unauthorized reproduction is prohibited THIS POWER IS VOID unless the seals are readable, text is in brown ink, signatures are in blue ink and warning is in red ink. ICC-2 Rev. 6-14-84 Bayani R. Baloloy Assist L 1 .. <. * I. Page GENERAL PROVISIONS 1. PLANS, AND SPECIFICATIONS The specifications for the work shall consist of the latest edition of t Standard Speci-fications for, Public Works Const_ruction hereinafter designated SSPWC, as issued by the Southern Chapters of the American Pub Works Association, the City of Carlsbad supplement to the SSPWC, the Contract documents and the General and Special Provisions attached thereto. The Construction Plans consist of 106 sheet(s). The standard drawings utilized for this project are the San Diego Area Regional .Standard Drawings, hereinafter designated SDRS, as issued by the San Diego County Department of Transportation, together with the City of Carlsbad Supplemental Standard Drawings. Copies of pertinent standard drawings a enclosed with these documents. A detailed list of the plans and specifications are attached hereto and made a part hereof. 2. YORK TO BE DONE The work to be done shall consist of furnishing all labor, equipment and materials and performing all operations necessary to complete the prcsjec work as shown on the project plans and as specified in the specification 3. DEFINITIONS AND INTENT A. Architect: The word "Engineer" shall mean the architect or his approved representative. 8. Construction Manager: The word "Construction Manager" shall mean Koll Construction Canpany C. Reference to Drawings: Where words "shown", "indicated", "detailed", "noted", lf scheduled" c words of similar import are used, it shall be understood that refere is made to the plans accompanying these provisions unless stated otherwise. D . Direct ions : Where words Ifdirected", designated", If selected" or words of similar import are used, it shall be understood that the direction, designat or selection of the Construction Manager is intended unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the Construction Manager" unless stated otherwise. I I* I I .. Page E) Equals and Approvals: Where the words "equal", "aoproved equal", "equivalent" and such wor of similar import are used, it shall be understood such words are followed by the expression Itin the opinion of the Architect" unless otherwise stated. Where the words "approved", "approval", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Architect is intended. F) Perform and Provide: The word "perform" shall be understood to mean that the Contractor, her/his expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified, or required to mean that tl- Contractor, at her/his expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessar labor, materials , tools equipment and transport ation. 4. CODES AND STANDARDS Standard specifications incorporated in the requirements of the specifications by reference shall be those of the latest edition at the time of receiving bids. It shall be understood that the manufacturers ( producers of materials so required either have such specifications available for reference or are fully familiar with their requirements a5 pertaining to their product or material. 5. CONSTRUCTION SCHEDULE The Contractor shall provide Consruction Manager with a Construction Schedule indicating work activities and length of time required for eact activity. The Contractor shall review with the Construction Manager monthly the Construction Schedule to insure completion of the whole or i part of the work. The Contractor shall begin work after being duly notified by an issuancc a "Notice to Proceed" and shall diligently prosecute the work to complel in connection with the construction schedule as approved by the Construct ion Manager. 6. NONCONFORMING WORK The Contractor shall remove and replace any work not conforming to the plans or specifications upon written order by the Construction Manager. Any cost caused by reason of this nonconforming work shall be borne by I Contractor. -. c I .- Page i 7. GUARANTEE All work shall be guaranteed for one year after the filing of a "Notice t Completion'' and any faulty work or materials discovered during the guarantee period shall be repaired or replaced by the Contractor. 8. MANUFACTURER'S INSTRUCTIONS Where installation of work is required in accordance with the product manufacturer's directions, the Contractor shall obtain and distribute tht necessary copies of such instructions, including two copies to the Construction Manager. 9. INTERNAL COMBUSTION ENGINES All internal combustion engines used in the construction shall be equipp with mufflers in good repair when in use on the project with special attent ion to Carlsbad Municipal Code, Chapter 8.48. IO. CITY INSPECTORS All work shall be under the observation of a City Construction Inspector Inspectors shall have free access to any or all parts of work at any timc Contractor shall furnish Inspectors with such information as may be necessary to keep her/him fully informed regarding progress and manner o work and character of materials. Contractor from any obligation to fulfill this contract. Inspection of work shall not relieve 11. PROVISIONS REQUIRED BY LAW DEEMED INSERTED Each and every provision of law and clause required by law to be insertec in this contract shall be deemed to be inserted herein and the contract shall be read and enforced as though it were included herein, and if, through mistake or otherwise, any such provision is not inserted, or is correctly inserted, then upon application of either party the contract shall forthwith be physically amended to make such insertion or correct ion. 12. INTENT OF CONTRACT DOCUMENTS The Contractor, her/his subcontractors and materials suppliers shall provide and install the work as indicated, specified and implied by the contract documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall he provided at Contractor's expense to fulfill the intent of said documents. instances throughout the life of the contract, the City will be the interpreter of the intent of the contract documents and the City's decis relative to said intent will be final and binding. Failure of the Contractor to apprise her/his subcontractors and materials suppliers of this condition of the contract will not relieve her/him of the responsibility of compliance. In all 1, ' 'i .- it '> .' Page j 13. SUBSTITUTION OF MATERIALS The Proposal of the Bidder shall be in strict conformity with the drawin! and specifications and based upon the items indicated or specified. The Contractor may offer a substitution for any material, apparatus, equipmei or process indicated or specified by patent or proprietary names. or by names of manufacturer which she/he considers equal in every respect to those indicated or specified. The offer made in writing, shall include proof of the State Fire Marshal's approval (if required), all necessary information, specifications and data. If required, the Contractor, at her/his own expense, shall have the proposed substitute, material, apparatus, equipment or process tested as to its quality and strength, i. physical, chemical or other characteristics, and its durability, finish, efficiency, by a testing laboratory as selected by the City. If the substitute offered is not deemed to be equal. to that so indicated or specified, then the Contractor shall furnish, erect, or install the material, apparatus, equipment or process indicated ~r specified. Such substitution of proposals shall be made prior to beginninq of constructic if possible, but in no case less than ten (IO) days prior to actual installation. Substitution shall also include a statement of credit to issued . 14. RECORD DRAWINGS The Contractor shall provide and keep up to date a complete "as-built" record set of plans, which shall be corrected daily and show every chang from the original drawings and specifications and the exact "as-built" locat ions, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose ma be obtained from the Architect at cost. This set of drawings shall be ke on the job and shall be used only as a record set. Upon completion of t work, and prior to release of retention, the Contractor shall transpose "as-built" information on to a set of reproducible sepias. Drawings sha be drafted in a professional manner and shall locate by dimension and elevation all concealed work, and changes in manufacturer information. "As-builts" for the sitework (bid package number 1) shall be prepared by the engineer of record. 15. PERMITS The qeneral construction, electrical and plumbing permits will be issued the City of Carlsbad at no charge to the Contractor. The Contractor is responsible for all other required licenses and fees. -. I 9 , ',. , .. Page 16. QUANTITIES IN THE SCHEDULE The City reserves and shall have the right, when confronted with unpredicted conditions, unforeseen events, or emergencies, to increase o decrease the quantities of work to be performed under a scheduled unit price item or to entirely omit the performance thereof, and upon the decision of the City to do so, the Construction Manager will direct the Contractor to proceed with the said work as so modified. If an increase the quantity of work so ordered should result in a delay to the work, th Contractor will be given an equivalent extension of time. SAFETY & PROTECTION OF WORKERS AND PUBLIC The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about or adjacent to the premises whe the work is being performed. He/she shall erect and properly maintain a all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public and shall post danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes and falling materials. 17. 18. SURVEYING Column control lines, offset outside the perimeter of the building, and vertical control (benchmark) will be furnished by others. Contractors shall perform their own engineering (survey staking) including elevation as required. Survey staking for the sitework (bid package number 1) shall be provided the City. Rough grade stakes at 50'-0'' centers minimum to or toe-of-slo as required, surface and underground improvements at 25'-0" to 50'-0'' centers including critical points with offsets, and blue tops for buildi and facility pads. CODES, ORDINANCES, REGULATIONS & ABBREVIATIONS Reference to codes, ordinances and regulations are to editions in effect as to date of proposals. Abbreviations are used for agencies issuing standard specifications as follows: Agency Abbreviation American Society for Testing Materials ASTM U .S. Government Fed. Spec. National Board of Fire Underwriters NBFU American Institute of Steel Construction AISC American Standards Association ASA Underwriters Laboratories, Inc. UL Depart me nt of Commerce St and ards cs American Concrete Institute ACI 19. 2% I- C ' I' '" 'I- , .* Page d 20. STORAGE Space for storaqe and temporary buildings will be allocated by the Construction Manager as job conditions permit. Temporary offices or shec shall be constructed of fire resistant materials. Material and layout mi be approved by the Construction Manager prior to installation. 21. TESTING AND INSPECTION Testing and inspection shall be as required by the Specifications. The Contractor shall be required to cooperate fully with the inspecting agen during inspections at a fabricating plant and/or on the jobsite and shal provide ladders, platforms, scaffolds and/or safe accessibility to the w for such inspections and/or tests. 22. SCAFFOLDING AND HOISTING The price shall include all costs for the following: a. Scaffolding and shoring required for the Contractor's work. b. Hoisting required for the Contractor's work. 23. CLEAN UP The Contractor shall keep the premises free at all times from all waste materials, packaging materials and other rubbish accumulated in connecti with the execution of the work by collecting and depositing said materia and rubbish in locations or containers as designated by the Construction Manager. 24. TEMPORARY FACILITIES Temporary toilet facilities and drinking water for the use of all trades will be provided. 25. FgRCE REPORTS Force reports indicating trade and personnel per trade shall be submitte to the Construction Manager daily. A brief description of work performe s ha1 1 be included . 26. ELECTRICAL POWER Electrical power will be provided in the building for the use of the Contractor for special lighting and operation of small tools only. Powe will be single phase at 208 volts or 240, and 120 volts. Contactor's responsibility to provide extension cords and/or wiring from central distribution points. Power will not be provided for high voltag or heavy amperage type equipment such as welding machines and any specia power requirements shall be provided and paid for by the Contractor. It is the '* . c"' ,' ' 7. .,- , .* Page 27. BACKFILL AND COMPACTION Backfill and compaction of trenches shall be in conformance with the 197 edition of Yitandard Specifications for Public Works Construction". Backfill material shall be approved by the soils engineer. Contractors shall pay all costs for retesting required as the result of density test failures due to improper compaction. Backfilling of trenches and excavations shall not be undertaken until required tests and inspections have been completed, "as-built" location notes have been verified, and authority to start the backfill has been granted by the inspector and superintendent. 1. <ah , . -<- I Page CERTIFICATION OF COMPLIANCE I hereby certify that ORVI_N-ENGINEERING CORPORATION in performing under the contract awarded by the City of Carlsbad, will comply with the County of San Diego Affirmative Action Program adopted by the Board Supervisors, including all current amendments. Legal Name of Contractor i April 30, 1985 Date (NOTARIZE OR CORPORATE SEAL) Pres iden t Title (Notorial acknowledgement of execution by all principals must be attached). -- I___ - -_I - - __ - _____ "I_ - . -__ -__-_ COUNTY OF ORANGE April , in the ) On ?his 30th day of before me, the undersigned, a Notary Public in and for said State, person; Orvin Engineering Corporation , personally (or proved to me on the basis of satisfactory evidence) to be the person who within instrument on behalf of the Corporation therein named, and acknowledge the Corporation executed it, WITNESS my hand and official seal Jack Shaughnessy, President of T-Corporation-Wolcotts Form 222CA-X-Rev 5 a2 1_----~ __I__ -l__l---l - -l_lb-..--__I_ __I___ ______ _____-__ ___ \ c1 ., I. ’ LP% I Page SPECIAL PROVISIONS/~PECIFICATIONS Scheduling for the project facilities shall commence about 3une 1, 1985. Project completion is anticipated for the third quarter of 1986. underground piping shall be completed as soon as possible to facilitate aspha paving operation by year end, associated with these time frames within their bids. Elevators - Bid Item 3A 1, Sleeves and/or conduit for hydraulic and electrical lines shall be provi 411 All contractors should incorporate all costs by others from elevator equipment roans to pits. Hydraulic and electrical lines for elevator no. 2 shall be installed overhead through vestibule #I31 and down shaft to pit area. Sill support angles shall be furnished and installed by others. 2. 3. 4. Provide alternate price to install traditional plunger type hydraulic elevators in lieu of holeless. Cost should include excavation of hole, installation of a non-corrosive jack/plunger casing to eliminate the nee for future replacement of underground parts due to corrosion. Balance c specifications shall be the same as the holeless elevators. Provide alternate price for excavating holes outlined in Item 4 should drilling through dence, hard rock material be required. 5. Plumbinq - Bid Item 38 1. Bidding Contractors shall review site plan sheet AC-1 for location of existing utility stubs. the plumbing plans for exterior building piping. service from these locations. Police/Fire Facility a. The following criteria shall superceed notes or Plumbers shall provide Roof Drains - Sitework Contractor shall provide P.V.C. laterals to i point fifteen (15) feet behind face of curbs. Plumbers to make connections at this point including necessary clean outs. b. Water - Provide all water services from meter box locations includir - pressure reducing backflow preventers as required. Sewer - Four (4) inch to main building shall be installed by others a pont five (5) feet outside of building. out. Four (4) inch to classroom building shall be installed by others to point ten (IO) feet behind face of street curb. Plumbers to providc clean out, c* - Plunbers to provide clear .< . I. y. , , -a<', L- Paq e d. Gas - Gas meter is located at the west end of the mechanical eaui.pmE ._ enclosure per sheet AC-3. Gas piping for the building should stat this point. Also provide tee and valve for gas piping by others to mech anic a1 equip me nt located wi thin enc 10s ur e. Vehicle Wash Water - Provide water service from meter box location per sheet /IC-1 a* - b. - Gas - Gas meter to be lcoated at east end of building. Fuel Island Water service, reel banks, compressed air piping and complete fuel systc including alarms to be provided under bid package 3F service station equipment . Vehicle Maintenance Facility a. Roof Drains - Sitework Contractor shall provide P.V.C. laterals to i point five (5) feet outside building. Plunbers to make Connections this point. b. Water - Provide water service from meter box location including pressure reducing backf low preventer as required. Sewer - Four (4) inch to main building shall be installed by others a point five (5) feet outside of building. out. Four (4) inch to industrial clarifier shall be installed by other tc approximate location of clarifier. c. Pluhers to provide clei 2. Plumbing contractors shall provide all roof drainage and overflow pipins all waste and vent piping, all water Diping both hot and cold for plumbj fixtures, industrial water piping, and all qas piping. Provide condesate piping for package air conditioning units only (AC unj 1-6 and HV-1, HV-2). provided within bid oackage 3D (H.V.A.C.). 3. All other piping for mechanical systems shall be 4. Compressors located within the vehicle maintenance and wash facilities shall be installed as a part of bid package 3F (service station equipmer inclusive of all piping and reel banks. Compressor and piping for polic facility shall be installed by Pluhing Contractor. 5. All piping shall be installed below the roof per Carlsbad City Codes,. F connections accordingly. ;* 1. 'L I .' , ' .x L'. , Paig e 6. Provide and install all clean outs, valves, plates, sleeves, flashings, insulation, access boxes and panels, hose bibbs , thermometers, thermcist < controllers, pumps, and complete fixtures and accessories per specifications. 7. Provide and install specified pipe identification. 8. Service station equipment and piping shall be provided and installed und bid package 3F. Review for clarity. Provide alternate deduct from base bid to utilize approved plastic type drains on roof should remain cast iron. 9. c pipe for sewer and vent piping, and roof drain and overflow piping. Act Automatic Fire Sprinkler System - Bid Item 3C 1. Fire sprinkler system shall be required for the Police/Fire Administrati Facility only. System shall be designed as a light hazard occupancy (0. GPM per 1500 SF). 2. Provide sleeves for pipe penetrations through metal deck or coordinate n approved shaft locations. Riser shall be located in Mechanical Equipmen Room 8132. Six (6) inch fire service lateral inclusive of detector chec valve, post indicator valve and fire department connection, shall be installed by others to a point five (5) feet outside building line. Sprinkler Contractor shall intercept existing pipe and install1 necessar fittings and bends to locate riser as specified. c 3. All sprinklers in offices, and sally port, and work areas including r corridors and lobbies shall be semi-recessed heads. These sprin ers st- also be used for exterio soffits should sprinklers be required. 11. he exposed to view shall belcentered and aligned within ceiling types' nd H (I 3. i \ A k-1 spaces. \BlF\b qKu1 G.zgGj-* t 14. '\ Sprinkler heads for the detention area cells shall not be installed unle completely recessed and covered from view. I required by the State Fire Marshal. Heads, if required, shall be 5. Any special design requirements for the armory, detention area, sally PO atrium and other floor openings, electrical and mechanical rooms shall b included within the bid. Dispatch Center Room 8109 and Radio/Computer Equipment Roan #I15 shall L: installed within specified sprinkler system. Fusable link heads in thes rooms shall have a higher degree release than the remaining portions of building. The intent is to try and extinguish any fire in these roaris n Halon extinguishers prior to activation of the west system. This would also eliminate the need for an automatice "Halon" system since these are will be in operation and staffed twenty-four hours a day. i$av,ff'fcgp~o&tall specified pipe identification per Section 15900 olf 6. 7. .a ,- b 4. b 'I 1- , Page H.V.A.,C. - Bid Item 3D 1. Contractor shall include all water and gas piping for make up and connection of equipment located in mechanical yard and boiler roan. Provide and install hot and chilled water piping from mechanical yard1 ta police facility. This package shall also include all interior wet pipin for a complete mechanical system. Provide backflow protection. 2. Include all condensate piping with exception of equipment specified 21s z part of bid package 38, ie, packaged air conditioning units (AC 1-6, HV- HV-2). 3. Concrete pads for mechanical equipment and rmvabk louvers at air hand rooms and mechanical equipment yard shall be provided and installed by others. 4. Contractor shall include all hoisting and a complete sealed installatiior mechanical equipment. The intent is to install air handlers through the side of the building prior to cladding. 5. Provide and install all sleeves and block outs for metal deck penetratic Also include inserts for detention area supply and return system per det 11/M-8. 6. Provide and install all equipment and isolation supports. Roof curbs fc exhausters shall be per the specifications and not detail C/M-7. 7. Provide and install all required fire and smoke dampers. Fire dampers shall be complete per detail 3/M-8 including angle supports and sleeve. Rated drywall enclosures for mechanical equipment shall be provided md installed by others. Coordinate installations with other Contractors. 8. Provide and install all screened openings. 9. Provide and install all pipe, duct and zone identification; and concealc service identification. Provide and install complete fume exhaust system for vehicle maintendncr facility inclusive of drywell. IO. 11. Provide and install air compressor for mechanical system. Location lis shown under stair no. 2 on electrical sheet E-7. 12. Provide and install all low voltage and control wiring. Conduit shal.1 t installed by Electrical Contractor. 13. Access panels in walls and ceilings shall be furnished and installed by Access panels in ductwork for maintenance shall be included wil others. this bid package. . c. A .I .* , , fA'[ Page Electrical,- Bid Item 3E 1. Provide alternate deduct from base bid for concrete pole bases per deta. A/E-l. Anchor bolts should be provided by Electrical Contractor. 2. Include all concrete encasement of conduit required by qoverning agencit 3. Provide complete installation for security gate systems. Actual gates q motor operators shall be provided and installed by others. 4. Provide and install connection of tamper switch on post indicator val.ve, Terminate at fire alarm c:snt and flow switch on sprinkler system riser, panel. 5. Provide and install necessary electrical connections to the following equipment furnished by others. a. Air compressor, Item No. 6, Sheet E-7. b. Electrical water heaters, Item No. 7, Sheet E-7, and Item No. 3, She E-9, and at vehicle maintenance facility. c. Motor operators for folding partitions in meeting area. d. Fuel recording system and printer, Sheet E-18. Provide and install all connections, conduit and wire for mechanical equipment as indicated in electrical plans and specifications. Also provide conduit for low voltage wire and controls to be installed by Mechanical Contractors. A. 7. Provide and install all plywood backboards as required. 8. Electrical Contractors shall review finish hardware specifications in or to coordinate all requirements for security system interface. Connectio and wiring to be completed under bid package 3E. 9. Provide and install projection screens and switches located in meeting r area. IO. Provide and install all electrical equipment identification. 11. Provide and install conduit, wire and connect remote control switch at reception counter for elevator no. 1. Switch shall be supplied by Eleva Contractor. Also provide conduit sleeves from equipment rooms to elevatc pits for installation of hydraulic lines (3") and power feeds. Provide and install support brackets for light fixtures (nn) located in vehicle maintenance pit. 12. 13. Provide and install all sleeves and blockouts for metal deck penetrators ’. .:’. !A 6 4 , e (pd,* I Paq e Electrical work outlined on sheet €-I9 shall be complete with excepti.on all electrical conduit, wire, motor starters, pumps, relays, switches, etc., shown on the partial site plan. This work to be completed under t package 3F (service station equipment). Feeder, ground, panel “EPA” and connections shall be included under this bid package 3E. Coordinate electrical ins t a1 lat ions with Service St at ion Contractor. 14. - Service Station Equipment - Bid Item 3F 1. Bidding Contractors shall furnish and install all equipment specified1 or sheets EQ-I and EQ-2 with exception of items noted otherwise and the f ol lowing : a. f1380 - Locker b. c. d. 113840 - Washer, Vehicle, 2 Brush 113920 - Water Reclamation System #9820 - Shower, Drench, Eye Wash 2. All recessed pits and below grade equipment enclosures within the vehicl maintenance building shall be constructed by others. Bidding Contractor shall coordinate their work with other trades. Complete installation of hydraulic jacks and lifts including hole drilling for lift cylinders and oversized bearing pads is a part of this bid package. 3. Provide and install the following: a. 1,000 gallon engine oil tank including piping, reservior tank, contr panel and alarm. b. 2,000 gallon waste oil tank including piping, reservior tank, contrc panel and alarm. c. Reel banks including all necessary Dipinq and pumps. d. Window washing solution piping complete. e. Compressors for maintenance and wash/fuel facilities including pi.pir f. Fuel island complete including piping, tanks, dispensers, water and reel banks, reservior tank, control panel, alarms, fuel recording system, concrete tank pads and hold down straps. 4. Water service from existing meter box to fuel island shall be installed a part of this bid package. Provide pressure reducing backflow prevente and shut off valve. Water piping including industrial water for the vehicle maintenance facility shall be installed by the plumber as part of bid package IB,, Coordinate water connections with equipment supplied and installed under this bid package . L *' 4 5" . L * t * L'A'k .. Page 5. Fuel island shall be installed as a Dart of t+is bid package. Qefer to detail 5, sheet A-60. Concrete apron around island shall be installed b others. 6. Coordinate installation of all tank risers and lids with Concrete Contractor. 7. Provide and install pipe identification Der section 15400 of the specifications. 8. Provide and install all electrical connections and equipment for the frie island per electrical plan sheet E-19. All work indicated on the partia site plan shall be included with the exception of panel "€PA". Terminat conduit and wire from motor starters, relays, etc. at panel "EPA" for fi connection by Electrical Contractor. Remaining electrical. work shown on this sheet shall be completed with bid packege 3E (Electrical). Contrac' shall review electric1 specifications division 16, and coordinate i ns t al la t io ns wi t h E 1 e c t r ic a 1 C o nt r act or . 9. Provide alternate additive cost to move existng owner equipment to new facility and install. Travel distance approximately five (5) miles. Vehicle Wash - Bid Item 3G 1. Coordinate installation of controls and utility connections with other Contractors. Vehicle Wash Contractor shall be responsible for piping fr utility stubs outlined on the plumbing and electrical drawings. Finish Hardware - Bid Item 3H 1. Bid for finish hardware shall be complete per plans and specifications a delivered F.O.R. jobsite, all tax included. Actual installation shall b coordinated in a future bid package. 2. Ridding Contractor's shall include necessary jobsite visits in order to coordinate and review delivered hardware packages with the Project S u peri nt end e nt . Lp. b - ao,:.., ' +, Ai q r &A"* *'p Page LIST OF CONTRACT DOCUMENTS I. Contract documents prepared by Quhnau, McGavin, RuhnauIAssociates, 1207 I Avenue, Carlsbad, CA 92008 (619) 729-7144. Plans dated April 8, 1985 a. Architectu.ra1 Site Plans Sheets AC-1 thru AC-3 b. ,$rchitectural Public Safety Center Sheets A-I thru A-36 Public Safety Center Sheets A-51 thru A-60A c. Equipment- Plans Sheets EQ-1 arid EQ-2 d. Structural Plans Sheets S-I thru S-16 f. Plumbing Plans Sheets P-l thru P-8 g. Electrical Plans Sheets E-1 thru E-20 e, MGchanical Plans Sheets &I thru M-9 11, Project manual (specifications) for the construction of the City of Carlsbad Public Safety and Service Center prepared by Ruhnau, McGavin, Ruhnau/Associates dated April 8, 1985. , -I - - clb vcXk~L-U*d?~~ " - . '' I200 ELM AVE CPRLSBAD CA 92008 t.10.: &Fit 11 j ,,'(~~,*'fi~ FFk'T FEE r-L-' BUSIF3ESS LfCERSE ISSUED TO (BUSINESS OWNER) JiiCK E SHAUGHNESSY 251 WEST fNPEkIk1 HIGHIJA?' LA HAERA, CA 48631 6 f 4-871 -4 CIL: TO CONDUCT THE (BUSINESS CLASSIFICATION) SUE CONTRACTOR BUSINESS AS (DBA, BUSINESS NAME) 17 R V I td EN G I NE E k I t4 G C 0 RP LOCATED AT (BUSINESS LOCATION) 251 MEST IMFERf At HIGHblAY LA HkBkA, CB 9or;31 TClTtil ti CEf4:SE RESTR I C T 1 tlr 1297 WOODCREST BREA, Ck 42G-21 J k C K S HA ti G HN E S S Y 2143 CHEW CHASE DRIVE EREA, CH 92621 MAILING CikVJIN El4GIi4EERING CORP ADDRESS 25 1 UEST I PtPERI HL ti I GHM6ItY Lk HAEEA, f.A 30631 FEE-SCHEDULE FC'6 Ci APPLICANT'S COPY #- @ L.bL"LU11'6 L.cyucucLu UJ u"i)LcyL" I". City Clerk 1200 Elm Avenue Carlsbad, CA 92008 NOTICE OF COMPLETION To All Laborers and Material Men and to Every Other Per Interested: YOU WILL PLEASE TAKE NOTICE that on January 13, 1987, project consisting of fire sprinklers at the Carlsbad Safety Service Center, on which Orvin Engineering was the Contract was completed. CITY OF CARLSBAD PROJECT COORDINATOR VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad; the C Council of said City on L hul R7 , 1987, accepted above described work as/complet$d and ordered that a Notice Completion be filed. I declare under penalty of perjury that the foregoing true and correct. Executed on , 1987 at Carlsbad, California w CITY OF CARLSBAD City Clerk 8 -. ' VERA !-, LE^ NO FE COUNT T f; LC 02 DE 2 I-- SS OF AGENCY nl-<*%.?.>.; *-.! p. ..:< .f. f>! BODILY INJURY Cancellation: ESS OF AGENCY r p .*. %if-!- rs 7 r.f..$tyt7er*. T.tpgIrf.& f: $45; ASSOC: &-f-ES po ac;< 339 af&??* EA y7&J:, ! ! .L. t t oRtff;.df Z$jGINEERING CGgy ;:z 0 f$OX ZA$&ff Cg 4';>&*31 BODILY INJURY COMPREHENSIVE FORM PREMISES-OPERATIONS EXPLOSION AND COLLAPSE UNDERGROUND HAZARD PRODUCTS/COMPLETED OPERATIONS HAZARD BODILY INJURY AND CONTRACTUAL INSURANCE PROPERTY DAMAGE COMBINED INDEPENDENT CONTRACTORS KOLL CONSTRUCTION CO.) COVERAGE UNDER THIS POLICY SHALL BE PRIMARY AND NON-CONTRIBl NY OTHER INSURANCE AVAILABLE TO THE CITY OF CARLSBAD. materially changed nor the amoi (thereof, the issu -- days written notice to the below named certificate holder, kub - ^. I 1 LU UULeu ~~~~wwaa6i~6i~~Aw~k~~~~~tRW~A~X CITY Qf CAfitSBA[=; cg NS T 2-jc f J. 0 M E &N & G E f!: :'L 280 E:J &!f~$j&